SOLICITATION NOTICE
Z -- Z--OK - COMANCHE DAM MODIFICATION (ROLLER COMPACTED CONCRETE)
- Notice Date
- 10/19/2020 4:48:04 AM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- FWS HEADQUARTERS FALLS CHURCH VA 22041 USA
- ZIP Code
- 22041
- Solicitation Number
- 140F0921R0001
- Archive Date
- 12/31/2020
- Point of Contact
- Perry, Jerry
- E-Mail Address
-
Jerry_Perry@fws.gov
(Jerry_Perry@fws.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- OK - Comanche Dam Modifications (Roller Compacted Concrete) Synopsis: PROJECT INFORMATION: The U.S. Fish and Wildlife Service anticipates issuing a solicitation for a construction contract in the forthcoming month. The project location is at the Comanche Lake Dam, located on Government land in the Wichita Mountains Wildlife Refuge, approximately 12 miles north of the Town of Cache, Oklahoma. PROJECT SCOPE: This is a construction project consisting of all labor, materials, and equipment necessary to construct modifications to the Comanche Dam at the Wichita Mountains Wildlife Refuge, a gravity dam constructed in 1934. Comanche Dam is one of two dams located in series along Deer Creek on the Refuge in Oklahoma. A Roller Compacted Concrete (RCC) buttress placed on the downstream face is designed to stabilize the Comanche Dam in addition to other construction modifications to the existing dam. Construction is projected from December 2020 to April 2021. The primary NAICS for this acquisition is 237990 with a Small Business Size Standard of $39.5 Million. PROPOSAL PERIOD: The Request For Proposal (RFP) is scheduled for release on or about 2 November 2020. The proposals will be due on or about 01 December 2020. The anticipated award date is on or about 21 December 2020. PROPOSAL PROCEDURES: The acquisition will be issued as a Small Business Set-Aside, Request For Proposal (RFP) through SAM FBO. Evaluation criteria will be stated in the RFP. This acquisition will result in a single fixed price construction contract. Award will be made to the responsible offeror whose proposal, conforming to the solicitation, will be most advantageous to the Government, considering the evaluation factors in the solicitation. The magnitude of the project is between $1,000,000 and $5,000,000. SITE VISITS: A formal site visit will not be scheduled. However, individual site visits are highly encouraged and may be coordinated through the Refuge Manager, based on his availability. The contact information for the Refuge Manager will be provided in the solicitation upon its posting. Contractors must be registered in the System for Award Management (SAM) in order to participate in this requirement. The SAM can be found at https://www.sam.gov. Payments will be made via Electronic Funds Transfer using the data within the SAM registration database. Contracting Officer and Point of Contact information for this requirement is: U.S. Fish and Wildlife Service, Joint Administrative Operations, Acquisition and Property Operations Contracting Officer: Jerry W. Perry Email: jerry_perry@fws.gov All inquiries and questions shall be submitted to the Contracting Officer in writing; no verbal questions will be accepted. This is an electronically issued acquisition. The Government will issue the RFP via beta.sam.gov (formerly FBO). Faxed proposals will not be accepted. All responsible sources may submit a proposal that will be considered by this agency.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/23eb6901d60e45bcbd733d1d1e97d3c6/view)
- Record
- SN05831248-F 20201021/201019230207 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |